Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2007 FBO #2154
SPECIAL NOTICE

C -- AWARD WILL BE PURSUANT TO THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM. DESIGN EFFORT TO BRING TWO EXISTING CHEMICAL STORAGE BUNKERS INTO COMPLIANCE WITH CURRENT CODE REQUIREMENTS

Notice Date
10/18/2007
 
Notice Type
Special Notice
 
Contracting Office
U S GEOLOGICAL SURVEY, APS ER TEAM B, ACQUISITION AND GRANTS BRANCH 12201 SUNRISE VALLEY DRIVE, MS-152 RESTON VA 20192
 
ZIP Code
20192
 
Solicitation Number
DOI-SNOTE-071018-001
 
Archive Date
10/17/2008
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Description
The U.S. Geological Survey (USGS), Upper Midwest Environmental Science Center (UMESC), LaCrosse, Wisconsin, requires a firm fixed price contract for Architect/Engineering services for design and construction administration services. The design effort shall include development of drawings and specifications to bring two existing chemical storage bunkers (NE and NW) into compliance with current code requirements and best practices. The existing bunkers have; an emergency shower and eyewash station located in side the bunker, the floor pitched to a floor drain, nonmetal mechanical joint piping from the floor drain to an underground 110 gallon spill containment tank, an exhaust fan serving the space that operates in conjunction with the use of the bunker light switch, and a convection type wall mounted space heater. It is anticipated that the construction project will include (and therefore the drawings and specifications address) each area as follows: 1. The excavation and removal of the underground spill containment tank in accordance with environmental rules/regulations, 2. The patching of the asphalt pavement and concrete sidewalk areas impacted by the tank removal, 3. Cutting the concrete floor and installation of new concrete to provide a spill containment trench, sealing the trench, floors, and walls with a chemical resistant coating, 4. Replacement of the exhaust fan, duct work, associated controls and electrical power services to provide for continuous ventilation, 5. Replacement of the wall mounted cabinet type convection heater with a ceiling mounted forced air electric heater of sufficient capacity to heat the space with continuous exhaust ventilation, 6. Installation of an eyewash with emergency shower located outside the chemical bunker with integration into the existing building automation system so that upon use of either the eyewash or shower and alarm condition is communicated via the building automation system. It is anticipated that the design services will include environmental expertise to assure the underground spill containment tank is removed properly, civil engineering expertise to design and develop the demolition of the concrete structures and installation of a spill containment trench, electrical engineering expertise for an evaluation of the existing electrical distribution system to handle the additional power requirements of the new unit heaters in addition to the design of the new electrical circuits, and mechanical engineering expertise to properly size the exhaust ventilation and unit heaters to support the use of the chemical bunkers. Services shall include, but are not limited to preparation of design development drawings, construction documents, project specifications, cost estimating, code certification, schedule of submittals, and construction period services. Estimated cost range for construction is $25,000 to $100,000. AREA OF CONSIDERATION - FIRMS MUST BE WITHIN A 100 MILE RADIUS OF UMESC, LACROSSE, WI. AN AWARD WILL BE ISSUED PURSUANT TO THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM. NAICS code for this project is 541310. Under the Small Business Competitiveness Demonstration Program the Size Standard of the Small Business Concern cannot be greater than 50 percent of $4.5 million, the numerical size standard for NAICS Code 541310. Potential contractors must be registered in CCR (www.ccr.gov) at time of submission of their qualifications in order to be considered for an award. Firms that meet the requirements described in this announcement are invited to submit one copy of a completed SF-330 Parts I and II - Architect-Engineer Qualifications to include brief resumes of key personnel expected to have major responsibilities for the project. (Standard Form 330 is available at http://www.gsa.gov/portal/gsa/ep/formslibrary.) SECTION H OF THE SF-330 SHALL BE TAILORED TO REFLECT A STRONG BACKGROUND IN THE ENVIRONMENTAL UNDERGROUND STORAGE TANK REMEDIATION. SECTION H WILL BE USED AS A MAJOR EVALUATION FACTOR FOR THE FIRM'S QUALIFICATIONS AS NOTED IN (2) OF THE ORDER OF IMPORTANCE BELOW. One current copy of SF-330 Part I Contract Specific Qualification is required for the prime to include projects related to the type and nature of work for which the firm was responsible, and one copy of SF-330 Part I is required for each of its individual consulting firms, if applicable. Only firms that submit the forms by the deadline date of November 2, 2007, will be considered for review of qualifications. SF-330 shall be sent to ATTN: Sally Stephens, MS 152, U.S. Geological Survey, 12201 Sunrise Valley Drive, Reston, VA 20192. Facsimile or other electronically-generated copies will not be accepted. Failure to submit SF 330 Part I and II will render the submission unacceptable. Pertinent factors for consideration of qualifications, listed in order of importance, for the Project Team, are (1) Qualifications of Assigned Project Personnel, which considers design capability, project management skills, and construction administration capability; (2) Specialized Experience of Assigned Project Personnel; (3) Capacity to Perform Work in the Required Time; (4) Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules, for similar type projects; and (5) location (preference shall be given to Project Team located in the general geographical area of the project, with knowledge of the locality of the project); Applicants are required to include a list of three (3) verifiable references with telephone numbers, contract numbers, and names of contact persons with their submittal. THIS IS NOT A REQUEST FOR PROPOSAL. Only firms that submit the forms by the deadline date of November 2, 2007, will be considered for review of qualifications. Failure to submit SF 330 Part I and II will render the submission unacceptable. Note: The SF 330 Parts I and II are to be submitted by the prime even if they are currently on file. Total Design Time is 14 calendar days after pre-design meeting. The Project Teams considered the most highly qualified will have references checked. Applicants should include the Special Notice Reference 08ERSS0003 of this FBO Notice in Block No. 3 of the SF 330 Part I - Contract Specific Qualifications. This is a 100% Small Business Set-Aside. The firm should indicate in Block 5(b) of the SF-330-Part II that it is a small business concern as defined in the Federal Acquisition Regulation (FAR). Refer to Numbered Note 24.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=GS1434HQ&objId=1019650)
 
Record
SN01436993-W 20071020/071018224624 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.